SOLICITATION NOTICE
A -- Combined Synopsis/Solicitation for Vibration Table
- Notice Date
- 6/8/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- U.S. Army Field Support Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J06T0010
- Response Due
- 7/10/2006
- Archive Date
- 9/8/2006
- Small Business Set-Aside
- Total Small Business
- Description
- It is anticipated that a firm-fixed priced, competitive purchase order will be issued for the procurement of a Vibration Table. The supplied Vibration Table shall meet the specifications and terms and conditions contained herein. 1.0 Specification. This specification covers the requirements for the acquisition of an electrodynamic vibration system. As supplied, the system shall consist of an electrodynamic vibrator integrated with a combo-base slip table assembly, associated powe r amplifier, cabling and cooling system as required. 2.0 Dimensional limitations. All proposed systems shall fit within the confines of the room currently being used for high frequency vibration as well as the Russells environmental chamber located within that room. Drawings of the room will be made availa ble by request to the Contract Specialist. 3.0 Vibrator shall include: 3.1 Minimum of 13,000-pounds force Sine, 12,500-pounds force Random, and 24,000-pounds force Shock. 3.2 Minimum 2-inches of displacement. 3.3 Minimum peak velocity of 70-inches/second sine and 110-inches/second shock. 3.4 Minimum of 100Gs peak acceleration Sine and a minimum of 90Gs peak acceleration random (tested to ISO 5344). 3.5 Sine/Random performance: 460-pounds at 23Gs between 20 and 2000Hz, 160-pounds at 50Gs between 45 and 2000Hz, 38-pounds at 94Gs between 80 and 2000Hz, bare table at 130Gs between 120 and 2000Hz. 3.6 Shock performance: 4ms, half-sine: 420lb payload at 50G, 160lb payload at 100G. 11ms, half-sine: 765lb payload at 30G, 420lb payload at 50G. 3.7 Frequency range of DC to 2,500 Hz minimum. 3.8 Armature diameter shall be a minimum of 17.5-inches. 3.9 Armature weight shall not exceed 100-pounds. 3.10 Armature resonance shall be greater than 2KHz. 3.11 The vibrator shall be capable of withstanding a minimum of 4600 in-pound moments when operated without slip table. 3.12 Total harmonic distortion for bare table shall be less than 15% at critical frequencies and less than 5% at all other frequencies 20-2KHz. 3.13 Vibrator shall be entirely air cooled. 3.14 Internal pneumatic table load support and automatic armature centering for loads up to 1,500-pounds minimum. 3.15 Air isolation system (see paragraph 4.2). 3.16 Specimen attachment points shall be replaceable stainless steel inserts. Armature bolt pattern shall be as follows: 1 hole on center, 4 holes on 4-inch diameter, 8 holes on 8-inch diameter, 8 holes on 12-inch diameter and 8 holes on 16-inch diameter . 3.17 External Shaker Cooling Blower and 20-feet of flexible air duct. 4.0 Combined slip table assembly with exciter shall include: 4.1 Vibrator and slip table shall be mounted on a combined base and permanently aligned at the factory. No on-site adjustments or modifications should be required. 4.2 An isolation system shall be included that provides vibration isolation between the vibrator and the support base in both vertical and horizontal modes through the full range of supported frequencies. No seismic masses will be required to utilize this system. No isolation between the support base and the floor shall be required. 4.3 Slip table shall be constructed of magnesium and natural granite for the support table. Slip plate maximum weight shall be 250-pounds. 4.4 Slip table shall have a 48-inch x 48-inch working area. 4.5 The slip table bolt pattern shall include the armature insert pattern as well as a have a 4-inch x 4-inch grid of 1/2-13 threaded inserts that covers the entire useable table surface. 4.6 The slip table shall have a bearing system to provide guidance and lateral restraint of slip plate. Maximum moment capability shall be a minimum of 340,000 inch-pounds pitch, 340,000 inch-pounds yaw, and 180,000 inch-pounds roll. 4.7 Recirculating oil system with constant flow. Flow shall be independent of payload on slip table. Oil system shall include a conditioning system to prevent the oil film from getting cold during usage with environmental cham ber during cold cycles as well as an oil/water separator to remove water that condenses on environmental chamber during cold cycles. 4.8 The driver bar shall be cast magnesium and shall include all associated hardware to connect slip table to vibrator. Driver bar maximum weight shall be 40-pounds. 4.9 Vibrator shall be switchable from horizontal to vertical mode without the aid of external equipment or additional personal. 4.10 The combo base shall have air casters to allow for easy positioning under the existing environmental chamber. 5.0 Power amplifier shall be a High Efficiency Insulated Gate Bipolar Transistor (IGBT) Technology power amplifier sized appropriately for specified vibrator and include the following: 5.1 Amplifier shall be entirely air cooled. 5.2 The amplifier / vibrator / accessories shall utilize 480VAC 3-phase power and/or 110VAC single phase power. 5.3 The amplifier shall be housed in one EMI shielded, single bay cabinet mounted on castors. 5.4 Comprehensive operating/status meter panel. Normal operation and diagnostic indicators shall be visible without removing covers or opening drawers. Operator panel shall include a status display on safety interlocks, gain control, pushbuttons for star tup and shutdown, pushbutton for shock test selection, etc. 5.5 The amplifier shall be compatible with existing Spectral Dynamics Jaguar Controller. 5.6 Total amplifier distortion when operated with a resistive load shall be less than 0.5-percent over full frequency range. 5.7 Interface cables between shaker and amplifier, shall be a minimum of 20-feet in length. 5.8 Safety Interlocks. The amplifier shall have integrated interlocks to prevent operating the vibrator in situations that would result in damage to the vibrator, amplifier or slip table, i.e. oil pressure sensor, temperature sensors, voltage and current sensors, overtravel limit switches, etc. 5.9 Amplifier acoustic noise measured at 2-meters shall be less than 75 dBA. 6.0 System shall include two complete sets of manuals covering installation, maintenance and operation. 7.0 The contractor shall provide on-site checkout, startup and training. 8.0 Packaging: The vendor shall package and transport the electrodynamic vibration system in accordance with best commercial practices. The combo-base housing the vibrator and slip table shall be shipped fully assembled on a flatbed semi to allow for sid e and/or crane unloading. The vendor shall supply instructions for safe unloading of the combo-base. 9.0 Inspection: The vendor shall perform quality assurance inspections in accordance with best commercial practices. The vendor shall demonstrate that their system meets the system specifications through testing or calculation. Prior to delivery, the ve ndor shall supply the government with a report detailing how they demonstrated the capability. If the vendor is delivering a standard item from their product line, test data from a like model can be supplied otherwise, test data from the actual item shall be provided. Delivery of Vibration Table shall be made within 24 weeks after award. The vendor shall contact Bill Meyer at 309-782-5404, or william.r.meyer@us.army.mil , or Quinn Hartman at 309-782-3642, or quinn.hartman@us.army.mil no later than 48 hours prior to del ivery of the Vibration Table at Rock Island Arsenal to coordinate its delivery. This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6 as supplemented with additional information included in this notice. The solicitation is issued as a Request for Quotation (RFQ), number W52P1J-06-T-001 0. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2 005-09, Effective 19 May 2006. Quotations submitted in response to this solicitation sh all include: (1) supplier part number, supplier part name, and unit price, inclusive of shipping, conforming to the minimum requirement, as stated above trade-in allowance is being quoted; (2) verification of delivery of Vibration Table, FOB Destination, no later than 24 weeks after award to: ECBC Rock Island AMSRD-ECB-END (Quinn Hartman) 1 Rock Island Arsenal, Building 131 Rock Island IL 61299 This procurement is a 100% set aside for Small Businesses. NAICS code for this solicitation is 334519 and the small business size standard is 500 employees. The following FAR/DFARS clauses apply to this solicitation. Suppliers may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/VFFARA.HTM : 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation -- Commercial Items; The Government will award a purchase order resulting from this solicitation to the responsible supplier whose quote conforming to the solicitation will be most advantageous to the Government. Award will be made to supplier whose quote provides the most ad vantageous offer to the Government, price and technical factors, as stated above. 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms & Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items; The following clauses listed in 52.212-5 are incorporated: 52.219-6, Notice of Total Small Business Aside; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222.21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act, Balance of Payments Program, Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by electronic Fund Transfer-Central Contractor Registration. 52.232-1, Availability of Funds; 52.247-34, F.o.b. Destination. Interested sources may submit a firm-fixed priced quotation which will be considered. Responses to this RFQ must be received by the Contract Specialist, Jessica Dobbeleare, no later than 10 July 2006, at jessica.dobbeleare@us.army.mil; facsimile (309)782-7257, or HQ, Army Filed Support Command, AMSFS-CCD-B (J. Dobbeleare), 1 Rock Island Ars enal, Rock Island, IL 61299.
- Place of Performance
- Address: U.S. Army Field Support Command ATTN: AMSFS-CCD-B Rock Island IL
- Zip Code: 61299-6500
- Country: US
- Zip Code: 61299-6500
- Record
- SN01066042-W 20060610/060608222435 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |